Modular Field Office for the United States Merchant Marine Academy (USMMA) Infrastructure Program Office (IPO)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), New York District, is conducting market research via a Request for Information (RFI) to identify sources for a Modular Field Office for the United States Merchant Marine Academy (USMMA) Infrastructure Program Office (IPO) in Kings Point, NY. This RFI seeks a turnkey solution for a fully functional, furnished office space for approximately 30 personnel. Responses are due April 13, 2026.
Scope of Work
The requirement is for a turnkey modular office solution, including design, delivery, assembly, utility connection, and site restoration. Key features include:
- Layout & Site: Conforms to Attachment A floor plan, site restoration to original condition, utility connections (electrical, water, wastewater), stormwater management, and ADA-compliant walkways/access.
- Structure & Exterior: Durable siding/roofing (20-year lifespan), inter-trailer connections, and secure anchoring.
- Interior & Furnishings: High-traffic commercial carpet, lockable interior doors, four ADA-compliant bathrooms, fully furnished private offices, open workstations/cubicles, large (20-person) and small (10-person) conference rooms, common area furnishings, and a breakroom with appliances.
- Utilities & Systems: Dedicated IT closet with Ethernet for 30 personnel, NEC-compliant electrical/lighting, zoned HVAC maintaining 70°F (±3°F), and operational, lockable windows with blinds.
- Safety & Compliance: Adherence to IBC, ADA, NFPA, NEC, and EM 385-1-1, including fire extinguishers, smoke/CO alarms, and first aid kits.
Information Requested
Respondents should submit a capability statement (max 15 pages) addressing:
- Corporate Information: Company details, POC, UEI, CAGE Code, business size, and socioeconomic status under NAICS 531120.
- Capability & Experience: Narrative on ability to meet requirements and similar project experience within the last five years.
- Specific Questions: Technical approach, estimated lead time, commerciality of components (COTS), feedback on requirements, and a non-binding Rough Order of Magnitude (ROM) price.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- Set-Aside: None specified (Market Research)
- Response Due: April 13, 2026, 8:00 PM EST
- Published: March 12, 2026
Additional Notes
This RFI is for market research and planning purposes only and does not constitute a solicitation or commitment to award a contract. The Government is not liable for response costs.